Loading...
HomeMy WebLinkAboutOMA Construction, Inc. afkitA CONSTRUCTION, INC. Post Office Box 3705 l\ 1/1- l Dig, /ZS Seattle,Washington 98124 CITY OF RENTON OCT 14 2025 Lobby of RECEIVED Renton City Hall CITY CLERK'S OFFICE 1055 South Grady Way Renton, WA 98057 BID ENCLOSED FOR: Maplewood Sidewalk Rehabilitation DUE: 11:00 AM on October 14, 2025 City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation III. PROJECT PROPOSAL Contract Documents Page 10 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROJECT PROPOSAL Project: Maplewood Sidewalk Rehabilitation Federal Aid No: N/A City Project Number: TED4004265 City Contract Number: CAG-25-290 Company: OMA Construction, Inc. Address: PO Box 429; Maple Valley, WA 98038 b.akers@omaconstruction.com Phone Number: 206-262-1721 Fax Number: 206-262-9107 Total Bid Amount: $ 988,081.00 (Total of Bid Schedule) Contract Documents Page 11 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL COVER PAGE + Maplewood Sidewalk Rehabilitation 4,7W. N1 TO THE CITYOF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method bywhich payment will be made for said work.Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith,pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of(check one) `V bid bond, or 0 cashier's check (made payable to the City of Renton),or 0 postal money order (made payable to the City of Renton), in an amount equal to five percent (5%)of the Total Bid Price, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures,and notaries. Bidder understands that Contract Award or Bid rejection will occur within 00 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ien_(10)days from the date at which he or she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352. Bidder hereby agrees to complete the Physical Work in all respects within 60 working days. Contract time shall begin on the first working day followingthe Notice to Proceed date. Contract Documents Page 12 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE OF PRICES (11) Maplewood Sidewalk Rehabilitation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto. ITEM SPEC. ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 1 Roadway Surveying 1-05 LS 1 $ 8,000.00 $ 8,000.00 2 ADA Features Surveying 1-OS LS 1 $ 2,000.00 $ 2,000.00 3 Record Drawings 1-OSSP LS 1 $ 500.00 $ 500.00 4 SPCC Plan 1-07.15 LS 1 $ 500.00 $ 500.00 5 Mobilization 1-09 LS 1 $ 75,000.00 $ 75,000.00 6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00 7 Pedestrian Traffic Control 1-10 LS 1 $ 140,000.00 $ 140,000.00 8 Flaggers 1-10 HR 10 $ 88,00 $ 880.00 9 Other Traffic Control Labor 1-10 HR 100 $ 88.00 $ 8,800.00 10 Construction Signs Class A 1-10SP SF 1,000 $ 2.00 $ 2,000.00 11 Other Temporary Traffic Control Devices 1-10 LS 1 $ 5,000.00 $ 5,000.00 12 Clearing and Grubbing 2-01 SF 10,145 $ 3.00 $ 30,435.00 13 Native Growth Protection Fence 2-01 LF 115 $ 4.00 $ 460.00 14 Removal of Structures and Obstructions 2-02 LS 1 $ 5,000.00 $ 5,000.00 15 Removal of Portions of Existing Concrete 2-02 SY 279 $ 80.00 $ 22,320.00 Removal of Pavement,Sidewalks,Curbs,& 16 2-02 SY 4,408 $ 12.00 $ 52,896.00 Gutters 17 Pothole existing utilities 2-03SP EA 10 $ 1,000.00 $ 10,000.00 Maplewood Sidewalk Rehabilitation 7E04004265 Schedule of Prices CAG-25-290 Page 16 October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE OF PRICES CDMaplewood Sidewalk Rehabilitation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in dollars and cents to two{2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto. ITEM SPEC. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE* EXTENSION NO. SECTION 18 Roadway Excavation incl.Haul 2-03 CY 333 $ 50.00 $ 16,650.00 19 Crushed Surfacing Top Course(Recycled 4-04 TON 1,552 Concrete) $ 80.00 $ 124,160.00 20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 $ 180.00 $ 122,940.00 21 Ductile Iron Pipe,8 In.Diam. 7-045P LF 25 $ 110.00 $ 2,750.00 22 Corrugated Polyethylene Storm Sewer Pipe 7-05 LF 409 121n.Diam. $ 95.00 $ 38,855.00 23 Catch Basin Type 1 7-05 EA 9 $ 1,500.00 $ 13,500.00 24 Saddle Storm Manhole 48" 7-05 EA 1 $ 7,500.00 $ 7,500.00 25 Open Grate Locking Lid 7-05SP EA 1 $ 1,000.00 $ 1,000.00 26 Thru-curb Inlet 7-05SP EA 7 $ 1,000.00 $ 7,000.00 27 Adjusted Catch Basin Lid 7-05SP EA 3 $ 2,000.00 $ 6,000.00 28 Adjust Manhole Lid 7-05 EA 5 $ 500.00 $ 2,500.00 29 Adjust Water Valve Box 7-05SP EA 1 $ 500.00 $ 500.00 30 Adjust Utility Lid 7-05SP EA 20 $ 450.00 $ 9,000.00 31 Hydrant Assembly 7-14.5 EA 1 $ 17,500.00 $ 17,500.00 32 Remove Hydrant and Salvage 2-02.3(7) EA 1 $ 3,500.00 $ 3,500.00 33 Erosion Control and Water Pollution 8_01 LS 1 Prevention $ 5,000.00 $ 5,000.00 34 Inlet Protection 8-01 EA 10 $ 80.00 $ 800.00 Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE OF PRICES 0 Maplewood Sidewalk Rehabilitation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto. ITEM NO SPEC. ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION 35 Seeded Lawn Installation 8-02 SY 1,333 $> 2.00 $ 2,666.00 36 Topsoil,Type A(2"Depth) 8-02SP CY 310 $ 80.00 $ 24,800.00 37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 $ 39.00 $ 67,509.00 38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 $ 90.00 $ 54,270.00 39 Monument Case and Cover(Adjust or 8_13 EA 3 Replace) $ 500.00 $ 1,500.00 40 Monument,Monument Case&cover 8-13 EA 1 $ 500,00 $ 500.00 41 Cement Conc.Sidewalk 4" 8-14 SY 790 $ 72.00 $ 56,880.00 42 Cement Conc.Sidewalk 10" 8-14 SY 78 $ 95.00 $ 7,410.0C 43 Detectable Warning Surface 8-14 SF 62 $ 50.00 $ 3,100.0C 44 Permanent Signs 8-21 EA 3 $ 500.00 $ 1,500.00 TOTAL BID AMOUNT= $988,081.00 *NOTE:All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1)and WAC 458-20-171. Maplewood Sidewalk Rehabilitation TED4004265 Schedule of Prices CAG-25-290 Page 16 October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR DOT Form 272,0361 EF 0712011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Washington State Department of Transportation Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name Maplewood Sidewalk Rehabilitation Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing,as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing as described in Chapter 18.106 ROW, and electrical as described in Chapter 19.28 RCW must be listed below.The work to be performed is to be listed below the subcontractor(s) name If RCW 39.30.060 requires a proof of license,the license number of that Subcontractor is required.To the extent the Project includes one or more categories of work referenced in RCW 39.30.060,and no subcontractor is listed below to perform such work,the bidder certifies that the work will either(i) be performed by the bidder itself,or(ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name (and License Number if requred) Work to be performed HVAC: NONE IDENTIFIED ON PROJECT Subcontractor Name (and License Number if requred) Work to be performed PLUMBING: NONE IDENTIFIED ON PROJECT Subcontractor Name Electrical: NONE IDENTIFIED ON PROJECT (and License Number if requred) Work to be performed OMA Construction, Inc. Subcontractor Name Rebar Installation, SELF PERFORM;OMACOI"023LC PO Box 429; Maple Valley,WA 98038 206-262-1721 (and License Number if required) Work to be performed Subcontractor Name OMA Construction, Inc. (and License Number if requred) Work to be performed Rebar Installation;SELF PERFORM;OMACOI*023LC PO Box 429;Maple Valley.WA 98038 206-262-1721 *Bidder's are notified that it is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. DOT Form 271-015 Revised 06/2025 •Previous Versions Obsolete• Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal APWA-WA Division 1 Committee rev. 5/13/2022 Proposal for Incorporating Recycled Materials into the Project In compliance with RCW 70A.205.700, the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent(By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: 0% percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: OMA Construction, Inc. Signature of Authorized Official: _._____________ Date: 10/14/2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Washington State �W Department of Transportation Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: OMA Construction, Inc. Name of Contractor/Bidder-Print full legal entity name of firm B Y Brandon Akers ignature of authorized person Print Name of person making certifications for firm Title:Vice President Place: Maple Valley, WA Title of person signing certificate Print city and state where signed Date: 10/14/2025 Form 272-009 08l2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL SIGNATURE PAGE L By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 10/03/2025 4 2 10/09/2025 5 3 6 Note:a Proposal may be considered irregular and maybe rejected if the receipt of Addenda is not acknowledged. The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. � d onstruction, Inc. [Sig ature of Authorized Official]* [Business Name] Brandon Akers PO Box 429 [Printed Name] [Address Line 1] Vice President Maple Valley, WA 98038 [Title] [Address Line 2] 10/14/2025 206-262-1721 [Date] [Telephone Number] *Note:Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non- responsive and the Bid will be rejected. Note:The address and phone number listed will be used for all communications regarding this Proposal. Type of business entity(e.g. corporation, partnership,etc.) Corporation State of Incorporation, or State where business entity was formed: Washington Contract Documents Page 18 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal WA State Contractor's Registration# OMACOI*023L6 UBI# 601-872-128 Industrial Insurance Account# 97844601 Employment Security Department# 086364-00-1 State Excise Tax Registration# 601-872-128 DUNS# 82908752 The Surety Company which will furnish the required Contract Bond is: Nationwide Surety 1100 Locust St., Dept. 2006 [Surety] [Address Line 1] 1-866-387-0457 Des Moines, IA 50391-2006 [Telephone Number] [Address Line 2] Contract Documents Page 19 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal { L�SY O PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BYTH ESE PRESENTS,That we, [Bidder] OMA Construction, Inc. of [address] PO Box 429, Maple Valley, WA 98038 as Principal, and [Surety] Nationwide Mutual Insurance Company a corporation organized and existing under the laws of the State of Ohio as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total amount of the proposal of said Principal forthe work hereinafter described,forthe payment of which,well and truly to be made,we bind ourselves and our heirs,executors, administrators and assigns, and successors and assigns,jointly and severally, firmly bythese presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: Maplewood Sidewalk Rehabilitation said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10)days from and after said award, exclusive of the day of such award,then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal, following award,fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this 14th day of, October 20 25 Contract Documents Page 20 Maplewood Sidewalk Rehabilitation October 2025 PRINCIPAL SURETY OMA Construction, Inc. Nationwide Mutual Insurance Company [PRINCIPAL] [SU [Signatur of Autho i i [Sig ure o Aut orize Official] ditrr-s Carley Espiritu [Printed Name] [Printed Name] fr1 c rae. q6„,t/ Attorney-in-Fact [Title] [Title] 10/14/2025 10/14/2025 [Date] [Date] %`` PGonsf.,,; °•••CO11'°O''; � � e and address of local office of Propel Insurance <#e"gvntand/orSURETYCompany: �99�� rn: P.O. Box 2940 r. •• - Ott. Tacoma, WA 98401 t'_, � •••• %% Telephone: (253) 759-2200 Surety WAOIC# 913 Surety NAIC# 23787 Contract Documents Page 21 Maplewood Sidewalk Rehabilitation October 2025 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company,an Ohio corporation hereinafter referred to severally as the"Company"and collectively as"the Companies"does hereby make,constitute and appoint: ALEXA MANLEY;ALICEON A KELTNER;AMELIA G BURRILL;ANNELIES M RICHIE;CARLEY ESPIRITU;CHARLA M BOADLE; CHRISTOPHER KINYON;DONALD PERCELL SHANKLIN;FRANK W HAFNER,III;HOLLI LAGERQUIST;JACOB T HADDOCK;JAMES R COGDILL; JAMIE L MARQUES;JULIE A CRAKER;JUSTIN DEAN PRICE;KARI MICHELLE MOTLEY;KATHARINE J SNIDER;THOMAS BUELL; LINDSEY ELAINE JORGENSEN;LOIS F WEATHERS;LORI J KELLY;MARIAN C NEWMAN;MICHAEL S MANSFIELD,SARAH WHITAKER;SHERRI W HILL; TAMARA A RINGEISEN;TERRIE L CONARD;TRAVIS J ROBLES;W D MORRIS JR;WESLEY V DASHER,JR; each in their individual capacity,its true and lawful attorney-in-fact,with full power and authority to sign,seal,and execute on its behalf any and all bonds and undertakings,and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company;and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED,that the president,or any vice president be,and each hereby is,authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums, undertakings, recognizances,transfers,contracts of indemnity, policies,contracts guaranteeing the fidelity of persons holding positions of public or private trust,and other writings obligatory in nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or authority;provided,however,that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER,that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them,and to affix the seal of the Company thereto;provided,however,that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments.Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or stamped on any approved document,contract,instrument,or other papers of the Company. IN WITNESS WHEREOF,the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 1st day of April,2024. 414 Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT d .`ult" ►►,, STATE OF NEW YORK COUNTY OF KINGS:ss /�.��.`••' `.`�o � On this 1st day of April,2024,before me came the above-named officer for the Company �� aforesaid,to me personally known to be the officer described in and who executed the , SEAL,*, preceding instrument,and he acknowledged the execution of the same,and being by me duly sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed I hereto is the corporate seal of said Company,and the said corporate seal and his signature ®_1 were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Laburda Notary Public,State of New York No.01LA6427697 Qualified in Kings County Notary Public Commission Expires January 3,2026 My Commission Expires January 3,2026 CERTIFICATE I,Lezlie F.Chimienti,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attorney issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner;that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors;and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary,and affixed the corporate seal of said Company this 14th day of October 2025 (L� 6�L Assistant Secretary BDJ 1(04-24)00 1